SOLICITATION NOTICE
U -- Test Pilot School Training - Test Pilot School
- Notice Date
- 10/9/2019
- Notice Type
- Presolicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA251820Q001
- Archive Date
- 10/29/2019
- Point of Contact
- Tracie Winfree, Phone: 719-554-5482
- E-Mail Address
-
tracie.winfree@us.af.mil
(tracie.winfree@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Test Pilot School NOTE: If formatting is not correct, please see the attached. In accordance with (IAW) FAR 13.106-1(b)(1), sole source award is allowable but the Government is seeking additional information from industry for future requirements. The requirements include, but are not limited to, graduate level studies and will consist of academic lectures, theoretical exercises, test project and project safety planning, practical exercise conducted in an aircraft while airborne and test reporting for up to 12 students. (Approximately 80 hours per student) (The Government intends to award a single-award contract for approximately 1 month commencing January 2020. All communications associated with this request shall be submitted via email to the Point of Contact below. HQ AFSPC, Enterprise Solutions Directorate (ESD), Contracting Office, Peterson Air Force Base, CO intends to make a sole source award IAW FAR 13.106-1(b)(1) to National Test Pilot School. Sole source award is allowable under this authority but the Government is requesting additional information from industry to see if there are other vendors willing and capable to provide specific Test & Evaluation training in relation to space for future requirements. Positive Responses due: 11 October 2019 A. Background: HQ AFSPC/TE's mission is to organize, train and equip the space warfighting test and evaluation enterprise to support the U.S. National Security Strategy and AFSPC Commander's Strategic Intent. The Directorate provides policy, strategy and resources to support an integrated test enterprise focused on the development and validation of space warfighting capabilities and tactics, techniques and procedures. The four primary lines of effort that HQ AFSPC/TE supports are: 1) Creating the space warfighting test workforce, 2) Develop space threat survivability test capability, 3) Define and resource requirements for national space and test training range, 4) Define flexible approach for evaluation of space capabilities. B. Requirements a. This effort consists of the development of a Space Command Test and Evaluation Course tailored to impart the knowledge required to evaluate space orbital, ground and Command and Control systems, heavily leveraging existing NTPS course material for a minimum of 88 hours of instruction. b. The curriculum and course materials shall be provided in digital media format (DVD) to each student at the end of the course. Data shall be delivered in Microsoft Office compatible format. Qualified sources must demonstrate the ability to deliver this capability with minimal investment by the Government. Qualified sources must additionally demonstrate all of the following capabilities: i) Policy Review a.USAF Acquisition Policy b. USAF T&E Policy ii) System Requirements Traceability to Test Objectives Process a. Requirements Process and Test Criteria b.Technical Specifications, User Requirements, and Test Structure iii) Risk Management and Flight Test Safety Planning a.Identifying specific flight test risks and hazards b. Test Hazard Analysis (THA) Process c. Risk Management Assessment Processes iv) Test Planning Process a. Objectives/Measures b. Evaluation Criteria c. Test and Evaluation Test Design d. Test Card Design and Discipline e. Resource Planning (personnel; flying time; travel costs; range time; data reduction tools; funding; test facilities) f. Data Requirements (metrics; waveforms; format of test parameters for archive, dissemination, & analysis of test results; data storage/security requirements) g. Go-No-Go (Milestone decision making for test entrance/exit criteria) h. Technical Review Board; Safety Review Board; Flight Readiness Review processes v)Test Execution a. Detailed Test Procedures b. Safety and Mission Briefings c. Crew Resource Management (Scheduling, Workflow Management, Crew Coordination) d. Configuration Management vi) Types of Testing a. Developmental Test and Evaluation Performance ii. Flying Qualities - airworthiness certifications iii. System Functionality iv. Interoperability b. Operational Test and Evaluation i. Mission Effectiveness ii. Suitability Reliability, Maintainability, Logistics and Availability c. Human Factors I. Workload Assessment Techniques ii. Crew Station Evaluation vii) Test Reporting i. Evaluation Criteria ii. Deficiencies iii. Mission Reports/Quick Look Reports iv. Final Reports v. Briefings viii) Lessons Learned C. Statement of Capability: This notice does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government to further evaluate capability briefs, release a competitive solicitation, or award a contract. This notice is only seeking potential Prime Contractors able to deliver this capability. D. Submission Instructions Response must include: - Company - POC Name, Phone and email - Identification of Small or Large Business, If Small business, please identify any socio-economic designation(s) - NAICS - CAGE/DUNS Information furnished shall include enough detailed documentation to allow the Government to perform a proper evaluation of the respondent's ability to meet the requirements as described above. The Government will use any information received in response to this notice to determine if there is sufficient interest in the marketplace from qualified sources for future requirements. The Government reserves the right to proceed with the contemplated sole source award. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information solicited herein. All related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. Responses shall not exceed ten (3) one sided 8.5-inches by 11-inches pages in length, using fonts no smaller than 12 pitch, with page layout margins set to 1-inch both horizontally and vertically. Responses must be submitted via electronic mail as Microsoft Word or Adobe Acrobat file type attachments. Submit response to the Primary and Alternate POC within 15 calendar days of this notice. Responses from small business and small, disadvantaged businesses are highly encouraged. E. Ombudsman An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman for the Enterprise Solutions Directorate is the Air Force Installation Contracting Center is AFICC/KS SCO, 150 Vandenberg St, Peterson AFB CO 80914, 719-554-5300 (F) 719-554-5299, or afica.ks.wf@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA251820Q001/listing.html)
- Place of Performance
- Address: 1030 Flightline #72, Mojave, California, 93501, United States
- Zip Code: 93501
- Zip Code: 93501
- Record
- SN05472118-W 20191011/191009230648-2747155fca7543a109d22220c1fd90ca (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |